Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
UK
Ffôn: +44 1412015388
E-bost: deborah.fulton@ggc.scot.nhs.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nhsggc.scot/about-us/procurement/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
GGC0921 Multiple Risk Prevention & Risk
Cyfeirnod: GGC0921
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Glasgow City HSCP is seeking a high-quality, forward-thinking organisation(s) to deliver a person centred multiple risk programme for young people affected by/or at risk from risk taking behaviours. This programme will complement the work of the HSCP workforce and partners. This programme of work will provide an important contribution to the young people’s overall wellbeing including components outlined in the mental health improvement framework.
The provider will be responsible for developing the programme content, interventions (with agreed outcomes, content and duration) and relevant support resources as required, screening tools, implementing and evaluating interventions and overall service delivery.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85000000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
Glasgow City HSCP is seeking a high-quality, forward-thinking organisation(s) to deliver a person centred multiple risk programme for young people affected by/or at risk from risk taking behaviours. This programme will complement the work of the HSCP workforce and partners. This programme of work will provide an important contribution to the young people’s overall wellbeing including components outlined in the mental health improvement framework. (See Appendix 1).
The provider will be responsible for developing the programme content, interventions (with agreed outcomes, content and duration) and relevant support resources as required, screening tools, implementing and evaluating interventions and overall service delivery.
The multiple risk approach taken with the successful provider of this contract should include a combination of 4 different elements:
1. Knowledge base – potential risk-taking behaviours including alcohol, drugs, tobacco, gambling, sex, online activities and antisocial behaviours. Links should also be made to the children and young person’s mental health and wellbeing strategy and the existing NHS sexual health and relationships programme delivered in schools.
2. Social competence – coping, decision making and resistance training.
3. Social influence – social norms, peer, family and media influences.
4. Resilience building – asset building approaches and protective factors.
It is expected that flexible, culturally appropriate approaches will be used and that bidders will demonstrate a sophisticated understanding of the pattern of inequalities in Glasgow City and of the barriers in working in communities where people experience multiple vulnerabilities including poverty in many forms alongside trauma, loneliness and isolation.
To maximise impacts, the programme should deliver both outcome and solution focused interventions. A key focus of the contract is in developing resilience and capacity to enable young people to better deal with challenges or adversity in their lives. Interventions should be time limited with ongoing service user reviews built into the structure.
The programme will be delivered to young people (primarily aged 12-19) via the Youth Health Service (YHS) across the city who require support to address risk taking behaviours. The programme will be delivered as part of an integrated team approach within the Youth Health Service.
The Youth Health Service is delivered in 9 venues across the city, 1 evening per week per venue and the successful supplier will be expected to deliver the Multiple Risk 1-2-1 programme as part of the YHS model within the same premises.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2021/S 074-190511
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/03/2025
Amser lleol: 13:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
With reference to SPD question 4B.4, tenderer are required to state the value for the following financial ratio:
Current Ratio (Liquidity Ratio)
(Total Current Assets divided by total current liabilities)
The acceptable range for this financial ratio is:
>0.99
With reference to SPD question 4B.4, tenderer are required to state the value for the following financial ratio:
Net Profit Margin
(Net profits divided by revenue x 100)
The acceptable range for this financial ratio is:
>0 (i.e positive)
Minimum Level(s)
With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m
With reference to SPD question 4B.5.1b it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m
With reference to SPD question 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP5m
With reference to SPD question 4C.1.2 Tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. Your completed response should be no more than 2 pages of A4. The completed response should be uploaded to question 4C.1.2. This is pass/fail question. If examples are not provided, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.
Minimum level(s) of standards required:
With reference to SPD question 4D.1, Bidders must evidence a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of
your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected.
With reference to SPD question 4D.1, Bidders should hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28407. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Bidders are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this requirement will be met. This may include but not limited to: procedures and protocols, staff responsibilities, previous experience, management information statistics.
(SC Ref:780240)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
25/02/2025